By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

To establish contracts, framework agreements and approved lists of qualified contractors and consultants.

Qualification system - utilities

Directive 2004/17/EC
This notice is a call for competition yes

Section I: Contracting entity

I.1)Name, addresses and contact point(s)

Wessex Water Services Limited
Claverton Down
Contact point(s): Central Services
For the attention of: Stuart Sutton
BA2 7WW Bath
UNITED KINGDOM
Telephone: +44 1225526000
E-mail:
Fax: +44 1225430226

Internet address(es):

General address of the contracting entity: www.wessexwater.co.uk

I.2)Main activity
Water
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the qualification system

II.1)Title attributed to the contract by the contracting entity:
To establish contracts, framework agreements and approved lists of qualified contractors and consultants.
II.2)Type of contract
Works
II.3)Description of the works, services or goods to be procured through the qualification system:
This Notice fulfils Wessex Waters statutory obligation to readvertise its qualification system originally advertised under OJEU Notice 2009/S 98 142593 seeking contractors and consultants to apply for particular Work Types in the qualification system. This qualification system will be used as the basis for selection or tendering opportunities (above and below threshold) which maybe supplemented by further criteria as detailed in any second stage selection document. Contracts, framework agreements and approved lists may be established via this qualification system or, where these already exist, be revised as required in order to assist in the delivery of Wessex Waters capital investment and capital maintenance programmes and other requirements as they arise.
Currently, the majority of projects within the Wessex Water programmes are let/tendered through established framework agreements and approved lists and/or are grouped to create programmes to be delivered under several possible commercial arrangements.
Where Wessex Waters anticipated demand for a certain Work Type is sufficient, Wessex Water may establish formal framework agreements or approved lists for these work types. For other Work Types the qualification system may be used for establishing specific contracts. Those organisations who have already been awarded an agreement for a Work Type need not reapply for that Work Type, however they may apply for other Work Types advertised here should they wish.
Wessex Water maintains the right not to use the qualification system where it deems appropriate. Where Wessex Water chooses not to use the system and the value is above the relevant threshold it may use the Achilles UVDB or, as necessary, issue a separate notice in the Official Journal of the European Union.
The works and services covered by the qualification system are indicated in the lists of Work Types below which fall into one of the following three Work Type groups:
1) Main contractors work,
2) Trade based work,
3) Consultants.
Applicants are not limited to the number or group of Work Types for which they wish to apply. Contractors and consultants are invited to respond to this Notice. Contractors need not restrict applications to Main Contractors and/or Trade based work, but may also apply for Consultants work. Consultants are similarly at liberty to apply for main contractors and trades based Work Types.
Responses will be assessed and successful applicants will be classed as Passed within the qualification system. Passed means applicants may be considered for an invitation to respond to a document(s) related to further stages of selection as required by Wessex Water. Subsequent documents will set out, in greater detail, Wessex Waters technical, contractual and commercial requirements relating to the specific Work Type or project as the case may be. In this stage(s) applicants may be asked to provide rates and prices against Wessex Waters detailed requirements. As further specified in subsequent documents, successful applicants will be awarded a contract or invited to join a new or revised framework agreement or approved list.
Wessex Water reserves the right to amalgamate or split work types and provides no guarantee as to workloads or values of works/services being awarded.
Wessex Water will not be liable for applicants costs of responding to this Notice or to any subsequent prequalification or tender document.
(1) MAIN CONTRACTORS WORK TYPES GROUP (notional contract values and scope as indicated but not limited to):
- Minor Civil Engineering, includes notifiable and non notifiable projects under the CDM Regulations, undertaking Principal Contractor role, packages may include a combination of the following: excavation, supplying and laying of pipelines, manhole construction, groundworks, minor concreting works, minor building works, underpinning and temporary works, typically up to 50 000 GBP,
- Process contractors, including potable water and waste water treatment plant and works, typically up to 5 000 000 GBP,
- Rehabilitation of water mains by insitu spray lining, typically up to 3 000 000 GBP,
- Rehabilitation of water mains excluding resin spray lining, typically up to 3 000 000 GBP,
- Structural renovation and rehabilitation of sewers (including critical and adopted private sewers), typically up to 4 000 000 GBP.
(2) TRADE BASED WORK TYPES GROUP (notional contract values and scope as indicated but not limited to):
- Asbestos removal and disposal, typically up to 5 000 GBP,
- Boreholes for water resources and ground water level observation, sinking, and maintenance, typically up to 50 000 GBP,
- Brickwork/Blockwork and Carpentry: including general building work, roofing repair/replacement, painting/decorating, glazing, flooring (screeding, etc), general carpentry, boarding up, works on listed buildings, typically up to 25 000 GBP,
- CCTV Sewer Asset Surveys: inspection of manholes, tunnels and pipelines and associated jetting, typically up to 10 000 GBP,
- Concrete Repair Works: including specialist repair works to concrete dams, tanks, roofs, bunds, filter beds, specialist concrete coatings (such as acid resistant coatings, flexible waterproof cementitious coatings, resin injections), typically up to 20,000 GBP,
- Demolition of various structures, tanks, etc, typically up to 25 000 GBP,
- Diamond drilling, typically up to 5 000 GBP,
- Diving including inspection, repair and installation work, typically up to 25 000 GBP,
- Fencing: includes installation, maintenance & removal of various types (timber posts & barbed wire, galvanised steel palisade, plastic coated chain link), hedge reinstatement & seeding (where associated with fence replacement/repair), typically up to 25 000 GBP,
- Formwork, Reinforcement and Concrete (FRC), includes RC Roads, Paths, Plinths / Slabs, Inlet Works (Water Treatment), RC tanks such as contact tanks, primary settlement tanks, Sludge Tanks with RC base, Extending existing RC structures, typically up to 100 000 GBP,
- Gel grouting/injecting of sewers, typically up to 1 000 000 GBP,
- General Electrical, Mechanical & Instrumentation Maintenance and Repair Works & Services: including Major Electrical works, Minor Electrical Works, Major Mechanical Works, Minor Mechanical Works, Pipework & Ducting & Electrical Testing & Inspection, typically up to 50 000 GBP,
- Groundworks: including excavations, trenching, disposal of spoil including contaminated material, drainage, foundations, manholes/chambers, filling, grading, typically up to 50 000 GBP,
- Labour Only Support: labour to work alongside and support Wessex Waters internal civils teams in undertaking general repair and maintenance civils works, typically up to 100 000 GBP,
- Labour Only Peak Lopping Gangs: subcontractor for gangs including vehicles, materials and plant to undertake and peak lop high volumes of general repair and maintenance civils and pipeline works and other civils works on larger projects being delivered by Wessex Waters inhouse Civils and Repair and Maintenance teams, typically up to 100 000 GBP,
- Metalwork: includes miscellaneous metalwork fabrication and site installation of stairways and landings, walkways and platforms, ladders, handrails, bridge parapets, miscellaneous framing (angle, channel sections etc), flooring (plate and open grid), covers (non security), ornamental metalwork (gates, railings etc), structural steelwork, machine shop services, metal pipework and fittings, surface preparation and treatment of metalwork, onsite welding and fabrication, cladding, steel framed buildings, typically up to 50 000GBP,
- Piling: including design and installation of various piles such as auger bored, continuous flight auger, driven cast in place, driven steel H section, driven minipiles, bored minipiles, sheet piling, coffer dams, extraction, up to 350 000 GBP,
- Plumbing and Sanitary Work: includes general plumbing work, water meter installations, unblocking services & internal domestic pipework, domestic appliance repairs, emergency call outs, typically up to 25 000 GBP.
- Reinstatement of roads etc by hand lay including patching, typically up to 20 000 GBP,
- Reinstatement of roads etc by machine lay, typically up to 100 000 GBP,
- SCADA and controls/software development, modifications and replacement, typically up to 25 000 GBP,
- Scaffolding: including design and installation of access to various structures including tank interiors, typically up to 10 000 GBP,
- Security: including temporary man guarding, guard dogs and CCTV monitoring of sites (this does not include permanent CCTV or permanent man guarding), typically up to 5,000 GBP,
- Tree Surgeons including surveys, cutting and clearance and watching of adjacent construction work, typically up to 10 000 GBP,
- Trenchless Pipework: includes micro tunnelling, pipejacking, horizontal directional drilling, auger boring (including guided), pipe laying in heading, tunnel construction, tunnel: secondary lined and shaft construction, typically up to 2 500 000 GBP,
- Under pressure drilling / tapping: including under pressure drilling of polyethylene, PVC, ductile iron, steel and asbestos water mains, including undertaking required measurement, manufacture, supply, fit, testing of fittings, typically up to 5,000 GBP,
(3) CONSULTANTS WORK TYPES GROUP (notional contract values and scope as indicated but not limited to):
- Architects and planning consultants: including feasibility, outline and detailed design and planning advice, typically up to 100 000 GBP,
- Asbestos inspection: including surveys and reports, typically up to 5 000 GBP,
- Archaeological services including planning, provision of archaeological staff, processing site archives, records and finds, liaison with landowners and reports, typically up to 10 000 GBP,
- Environmental and Wildlife/Ecological consultancy including the following subheadings, Environmental Impact Assessment (EIA), Strategic Environmental Assessment (SEA), Bats, Great Crested Newts (GCN), Doormice, Watervole, Reptiles, Crayfish, Badgers, Invertebrates, Terrestrial Eco Surveys, Aquatic Eco Surveys, Landscape Assessment, Noise, Odour, Air Quality, Hydrology, Hydrogeology, Flood risk assessment, Water Quality assessment, Modelling and any other form environmental assessment, and solutions delivery, typically up to 50 000 GBP,
- Health and Safety Consultants: including Noise and Vibration, COSHH, DSEAR, Asbestos, Legionella, CDMC and Munitions, typically up to 10 000 GBP,
- Hydraulic Analysis (including Hydraulic Modelling): including transient surge analysis, network modelling, construction and testing of physical test models, computational fluid dynamics, typically up to 10 000 GBP,
- Inspection and design services for dams and impounding reservoirs: including inspections under the Reservoirs Act, technical advice and design services for remedial works etc, typically up to 5 000 GBP,
- Land agents: typically up to 10 000 GBP,
- Mechanical and Electrical Service Design/Engineering: including feasibility, outline and detailed design, typically up to 100 000 GBP,
- Process Design/Engineering: including feasibility, outline and detailed design, typically up to 50 000 GBP,
- Property / Building Surveys: including asset condition / stock condition surveys and structural surveys associated with industrial, commercial and residential assets. These surveys are infrequently required, typically up to 5,000 GBP,
- Raw Water Resources and Flow Surveys: including catchment and reservoir work, option studies, analysis, simulations, proposals, designs of flow, management reviews, surge checks, river surveys, typically up to 100 000 GBP,
- Site/ground Investigation: including bore holes, trial pits, testing samples (including contaminated samples) and reporting, up to 20 000 GBP,
- Specialist Design/Support for Water Infrastructure Renovation: including investigation and surveys, proposals, typically up to 25 000 GBP,
- Topographical and Utility Site Surveys: including ground penetrating radar and probing, typically up to 10 000GBP.
The following Work Types have been amalgamated with other Work Types above and are no longer advertised nor can be applied for individually:
- Electrical and instrumentation installation/modifications including cabling, control equipment, MCCs, PLCs, typically up to 25 000 GBP,
- Pipework and fittings, installation, alteration and repair, up to 25 000 GBP,
- Heating and ventilation including design, installation, alterations and maintenance, typically up to 50 000GBP,
- Specialist process work (minor) including small scale installation, alteration and refurbishment of process equipment, up to 100 000 GBP,
- Structural steelwork including frames to enclose process equipment, steel framed buildings, bracing works, typically up to 25 000 GBP,
- Ground radar scanning for services etc including preparation of integrated survey plans, typically up to 10 000GBP,
- Hydraulic Analysis of transient surge, typically up to 10 000 GBP,
- Hydraulic Analysis namely network modelling, typically up to 10 000 GBP,
- Hydraulic Analysis namely the construction and testing of physical test models, typically up to 10 000 GBP,
- Hydraulic Analysis of computational fluid dynamics, typically up to 10 000 GBP,
The following Work Type is deemed no longer required as the scope is covered by the General EMI Work Type advertised above:
- Chemical dosing equipment installation and maintenance, typically up to 1 000 000 GBP.
II.4)Common procurement vocabulary (CPV)

45200000, 42961200, 44212381, 44212400, 45110000, 45111230, 45111250, 45112000, 45200000, 45210000, 45221247, 45222100, 45223210, 45223500, 45231110, 45231300, 45232100, 45232150, 45232151, 45232400, 45232410, 45232421, 45232422, 45232430, 45233142, 45252120, 45252126, 45252127, 45252140, 45255110, 45253000, 45259100, 45259300, 45262100, 45262300, 45262310, 45262330, 45262340, 45262350, 45262370, 45262400, 45262410, 45262420, 45262520, 45262660, 45262670, 45262700, 45315000, 45315400, 45330000, 45331000, 45331200, 45340000, 45420000, 45421100, 45430000, 45453100, 50500000, 50700000, 71250000, 71251000, 71300000, 71311000, 71311300, 71312000, 71313000, 71313400, 71313440, 71313450, 71315300, 71315400, 71317200, 71317210, 71323000, 71351500, 71351810, 71351914, 71352000, 71510000, 71621000, 71631440, 71631460, 76300000, 76410000, 76600000, 77211300, 77211400, 79710000, 79713000, 79714000, 79715000, 90650000, 90700000, 92222000, 92534000, 98363000

II.5)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Qualification for the system:

Conditions to be fulfilled by economic operators in view of their qualification: Applicants should visit www.wessexwater.co.uk/qualificationsystem and download a copy of the questionnaire.

Following the guidance in the questionnaire, applicants are required to fully complete all questions including indicating the Work Type(s) for which they wish to apply, answer all required questions, collate the required supporting documentation and submit to Wessex Water at the address as indicated.
Applicants are required to confirm they do not have any of the convictions noted in Clause 26(1) of the Utilities Contracts Regulations and are not subject to any of the conditions noted in Clause 26(5) of the same. Applicants who are unable to confirm this are not eligable to apply.
This qualification system will be used as the basis for selection or tendering opportunities which maybe supplemented by further qualification criteria as detailed in any second stage selection document. Contracts, framework agreements and approved lists may be established via this qualification system or, where these already exist, be revised as required in order to assist in the delivery of Wessex Waters capital investment and capital maintenance programmes and other requirements as they arise.
Wessex Water maintains the right not to use the qualification system where it deems necessary. Where Wessex Water chooses not to use the system and the value is above the relevant threshold it may use the Achilles UVDB or, as necessary, issue a separate notice in the Official Journal of the European Union.
Methods according to which each of those conditions will be verified: Wessex Water will review the responses to the questionnaire(s) submitted by the applicant and may request further clarification, verify responses with the Health & Safety Executive (UK), Companies House (UK) and undertake independent financial checks via a credit check service as it deems necessary.
Please note the weightings given in the qualification system questionnaire will be applied to the responses to the questionnaire only. Further criteria and weightings will be included in any further selection / tender stage documentation.
III.1.2)Information about reserved contracts

Section V: Procedure

IV.1)Award criteria
IV.1.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.1.2)Information about electronic auction
An electronic auction will be used: no
IV.2)Administrative information
IV.2.1)File reference number attributed by the contracting entity:
IV.2.2)Duration of the qualification system
Indefinite duration
IV.2.3)Information about renewals
Renewal of the qualification system: yes
formalities necessary for evaluating if requirements are met: Applicants must provide satisfactory responses to the questionnaire in order to be 'Passed' in this first stage of qualification. Wessex Water may not contact the applicant with regards any missing or inadequate information. Questions not responded to as the question requires will be scored as zero or, where stated in the questionnaire, may disallow and 'fail' the entire application.

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
The number of positions in the qualification system is not limited, however the number of Framework Agreements and/or positions within Approved Lists awarded by Wessex Water depends on the anticipated work load to be carried out under those agreements and/or lists and the capacity of the organisations applying for the relevant Work Types. There is no guarantee as to the volume or value of contracts or agreements to be let via the qualification system.
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures

As stated in point 1.1

VI.3.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Unsuccessful applicants to the qualification system must request debriefing information within 10 days of receiving an unsuccessful notification to a stage in the selection process to which Wessex Water will provide a reply within 15 days of receipt. All requests must be made in writing to the contact details and address shown at Section VI.3.I.
Contracts, framework agreements and approved lists subject to the EU legislation utilities will incorporate a standstill period. A minimum 10 calendar day standstill period (or 15 calendar days if fax or non electronic method used) will be allowed at the point information on the award of the contract, framework agreement or approved list agreement is communicated to the tenderers. If an appeal is not resolved and an unsuccessful applicant considers it to have suffered, or potentially suffered loss, it may, where the Utilities Contract Regulations 2006 (SI 2006 No 6) apply, bring proceedings in the High Court (England, Wales and Northern Ireland). Such proceedings must be brought within 30 days from the date of knowledge unless the Court considers that there is good reason for extending the period which in any case will be a maximum of 3 months.
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:
12.3.2013